Federal Bid

Last Updated on 26 Sep 2011 at 8 AM
Combined Synopsis/Solicitation
Aberdeen Maryland

J--This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.

Solicitation ID W91ZLK11T0248
Posted Date 22 Jul 2011 at 8 PM
Archive Date 26 Sep 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen Maryland United states 21005
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-53. The Aberdeen Test Center has a requirement for all labor, parts and materials for Inspection, Preventative Maintenance, Repair and Modification (IPMR&M) , (henceforth referred to as "maintenance") of outdoor Fire Suppression systems. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 811310 and the Business Size Standard is $7M. The Government contemplates award of a combined Firm-Fixed Price and Time and Materials contract.

Description of Requirement: see attached statement of work

CLIN 0001 Fire Suppression System Maintenance, FFP

CLIN 0002 On-Call Emergency Maintenance, T&M

CLIN 1001 Fire Suppression System Maintenance, FFP
Option Year 1

CLIN 1002 On-Call Emergency Maintenance, T&M
Option Year 1

CLIN 2001 Fire Suppression System Maintenance, FFP
Option Year 2

CLIN 2002 On-Call Emergency Maintenance, T&M
Option Year 2

The following provisions and clauses will be incorporated by reference:

52.204-9 Personal Identity Verification of Contractor Personnel
52.212-1 Instructions to Offerors--Commercial Items
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation
252.201-7000 Contracting Officer's Representative
52.212-4 Contract Terms and Conditions-Commercial Items
52.222-48 Exemption from Application of Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment Certification
52.222-50 Combating Trafficking in Persons
52.223-11 Ozone Depleting Substances
252.211-7003 Item Identification and Valuation
252.211-7006 Radio Frequency Identification
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

52.212-2 Evaluation Commercial Items - The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.

52.212-3 Offerors Representations and Certifications Commercial Items - An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision.

52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-54 Employment Eligibility Verification
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchase
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
FAR 52.222-41 Service Contract Act of 1965

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable:

252.232-7003 Electronic Submission of Payment Requests.


The full text version of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 12:00 PM EST July 28, 2011. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online www.bpn.gov/CCR.

Please forward quotes and inquiries concerning this Request for Quotation to:

Mr. David Wallace
Army Contracting Command - Aberdeen Proving Ground
4118 Susquehanna Ave
APG, MD 21005
[email protected]
Bid Protests Not Available

Similar Opportunities

Arkansas 14 Jul 2025 at 7 PM
REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES FOR STRUCTURAL AND GREEN SPACE REDEVELOPMENT AT CITY HALL PARKING DECK Documents will be available starting on 6/16/2025 electronically from [email protected] The City of Holyoke is soliciting sealed proposals from qualified professional engineering and design consulting firms to provide comprehensive services related to the demolition of the City Hall Parking Deck and redevelopment of the site into a landscaped green space or public park. This project will implement "Alternative 3" as identified in the Conditions Assessment Report prepared by Tighe & Bond in February 2025 (Attachment A). The selected firm will deliver services spanning site evaluation, schematic design, final design, permitting, cost estimating, bidding, hazardous materials coordination, and construction supervision. This is a fee-based contract, and proposals will be evaluated based on qualifications, project approach, and cost. Scope of Services is to include but not limited to; Existing Conditions and Site Evaluation, Schematic and Final Design, Permitting & Documentation, Bidding Assistance, Construction Phase Services. 6/25/2025 Pre-Response Site Visit & Meeting (10:00 AM) at City Hall Parking Deck, 536 Dwight Street, Holyoke, MA 01040 (Not Mandatory). Proposals must be submitted in 2 separate envelopes, one clearly marked "technical proposal RFP 2025-44DPW" and one clearly marked "Price Proposal" . Proposals will be accepted until July 22, 2025 @ 2PM. Which will then be reviewed by a committee for the most Advantageous Proposal. The city reserves the right to reject any and all proposals. No electronic submissions allowed.
Holyoke Massachusetts 22 Jul 2025 at 6 PM